This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This solicitation is issued as a request for proposal (RFP) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2022-04 effective 26 May 2022. Provisions and clauses incorporated by reference has the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://acquisition.gov.
The solicitation W912NR-22-R-0060 is issued as a Request for Proposal. This procurement is solicited as a total small business set-aside. The NAICS code for this acquisition is 541512- Computer Systems Design Services. This solicitation is for a firm fixed price contract and will be evaluated and awarded using the best value trade off method where past performance is the most important factor, followed by technical. Past performance will be Offer must include proof of adherence to provided specifications (proposals will be checked for technical acceptableness based on requirements) and have a satisfactory past performance with Government contracts. The contractor shall return the completed provision (52.204-24) and return with proposal.
The Louisiana Army National Guard USPFO J6 is in requirement for Command Cyber Readiness Inspection to be delivered to Camp Beauregard, La.
Timeline
10 August 2022 – Combined Synopsis/Solicitation posted
19 August 2022 / 04:00 p.m. – Combined Synopsis/Solicitation closes
16 August 2022 / 02:00 p.m. – Deadline for questions/clarifications (If applicable)
Location
496 3rd Street, Camp Beauregard Pineville, La 71360
Bidding Format
Requirement Description: CCRI Services in line with the PWS attached. Please include quoted services.
ITEM DESCRIPTION; TOTAL QTY; UNIT PRICE; TOTAL PRICE (BILLED ALL AT ONCE)
0001 CCRI SAV TEAM (ON SITE)
Total QTY: Unit Price: Each Total Price: $
0002 CCRI SAV TEAM (ON SITE) TRAVEL
Total QTY: Unit Price: Each Total Price: $
The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions JAN 2012
52.203-3 Gratuities APR 1984
52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010
52.204-7 System for Award Management JUL 2013
52.204-13 System for Award Management Maintenance JUL 2013
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2020)
52.212-2 Evaluation—Commercial Products and Commercial Services.
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation—Commercial Products and Commercial Services (Nov 2021)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance, Technical, Price
Past performance is more import than technical, but when combined past performance and technical are equal and over price.
(b) Options. N/A
(c) The government intends to make this award without discussion.
(End of provision)
52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012
52.216-24 Limitation of Government Liability APR 1984 52.216-25 Contract Definitization OCT 2010
52.222-3 Convict Labor JUN 2003
52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition of Segregated Facilities FEB 1999
52.222-26 Equal Opportunity MAR 2007
52.222-35 Equal Opportunity for Veterans SEP 2010
52.222-36 Affirmative Action for Workers with Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010
52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)
In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29
CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and
states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the
provisions of 5 U.S.C. 5341 or 5332.
THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION
Employee Class Monetary Wage-Fringe Benefits: SCA WD # 2015-5175
52.222-50 Combating Trafficking in Persons FEB 2009
52.223-6 Drug-Free Workplace MAY 2001
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012
52.232-1 Payments APR 1984 52.232-18 Availability if Funds APR 1984
52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.233-1 Disputes JUL 2002
52.233-2 Service of Protest SEP 2006
52.233-3 Protest after Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987
52.252-2 Clauses Incorporated By Reference FEB 1998
252.203-7000 Requirements Relating to Compensation of Former DoD
Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance (OCT 2009)
252.204-7012 Safeguarding Covered Defense Information and Cyber
Incident Reporting DEC 2019
252.204-7015 Notice of Authorized Disclosure of Information for Litigation
Support MAY 2016
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving
Reports DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
***Addendum to provision FAR 52.212-2***
EVALUATION FACTORS FOR AWARD
***Addendum to FAR 52.212-1***
Representation. As prescribed in 4.2105(a), complete the following representation in FAR Clause 52.204-24(d) Representation. The Offeror represents that —
□ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (c)(2) of this section if the Offeror responds “does” in paragraph (d) (2) of this section.
Vendor Name:
Authorized Representative Name/Title:
(Print Name/Title)
Authorized Representative Signature:
To be awarded this contract, the offeror must be registered in the SAM and remain active during period of performance. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). UEI, Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. If you need any additional assistance getting registered, please send me an email and I will send you additional instructions.
Contracting Office Address: USPFO for Louisiana, 420 F Street, Camp Beauregard, Pineville,
LA 71360 Point of Contact(s): [email protected], 318-290-5584, Tiffany Ford, Contract Specialist. or [email protected], 318-290-5933, Crystal L. Stiles, Supervisory
Contract Specialist.
Note: For your offer to be considered ensure the following: